Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOURCES SOUGHT

C -- Outpatient Mental Health Renovation

Notice Date
3/24/2022 7:46:21 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0381
 
Response Due
4/6/2022 1:00:00 PM
 
Archive Date
06/05/2022
 
Point of Contact
Philip Silva, Contract Specialist, Phone: 781-687-2000
 
E-Mail Address
Philip.Silva1@va.gov
(Philip.Silva1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
A/E SF-330 REQUEST FOR QUALIFICATIONS (SF-330) ***ATTENTION: THE INSTRUCTIONS PROVIDED IN THIS NOTICE ARE IN ADDITION TO THOSE PROVIDED ON THE SF 330, ARCHITECT-ENGINEER QUALIFICATIONS*** NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541330 - Engineering Services (Small Business size standard of $16.5 million dollars average annual receipts) and INTRODUCTION: The Department of Veterans Affairs Medical Center (VAMC); Network Contracting Office 1 (NCO1) is requesting qualification statements for Outpatient Mental Health Renovation at the Bedford VAMC. CONTRACT INFORMATION: This project is currently without an Architectural/Engineering Firm (A/E) to perform Construction Period Administration Services (CPS) since the A/E Designer of Record (Tompkins Architects) ceased business operations. This Statement of Work is for an A/E to provide all professional A/E services necessary to perform CPS conforming to all Veterans Affairs (VA) criteria and standards and applicable codes for the 518-18-035 Out-Patient Mental Health Renovation, Building 6, Basement and First Floor, Bedford construction project. The project s construction awarded technical specifications and drawings will be available to the A/E upon request to the VA. A/E CPS to include, but not limited to: Manage and coordinate the A/E team. Review contract documents for code compliance and familiarity with the contract documents; and report any issues to the VA discovered prior to any action The A/E will clarify the design intent and correct any errors or omissions in the original documents and provide detailed cost estimates and scopes of work as requested. The corrections shall be done in a timely manner. The A/E should carry in their proposal 160 hours for this type of work. Prior to any action on an error or omission, the A/E shall inform the VA of the estimated time required to perform the action before the VA provides approval for the A/E to perform this action. Review shall provide recommendation for VA action. The VA may issue change orders for additional hours for this service if additional hours are warranted. The A/E shall keep an updated record of these hours and submit to the VA for tracking purposes. The VA may issue a change order for credit of any hours not used for these services. Review and approve/disapprove, for contract documents compliance, construction submittals within the contract documents and contractor substitutions, manufacturer s data/performance sheets, samples, shop drawings, schedules, phasing plans. The required maximum response time for all A/E reviews, unless otherwise stated by the VA, shall be 14 calendar days; if the scope of the required action is extensive, the A/E shall notify the Project Engineer and request additional time as soon as possible. The A/E should carry in their proposal 160 hours for this type of work. The VA may issue change orders for additional hours for this service if additional hours are warranted. The A/E shall keep an updated record of these hours and submit to the VA for tracking purposes. The VA may issue a change order for credit of any hours not used for these services. Provide compatibility analyses of different materials and recommendations associated with acceptance or rejection of alternate materials and products. Responses to Request for Information (RFI). The A/E should carry in their proposal 80 hours for this type of work. The VA may issue change orders for additional hours for this service if additional hours are warranted. The A/E shall keep an updated record of these hours and submit to the VA for tracking purposes. The VA may issue a change order for credit of any hours not used for these services. Change order review and recommendations. Preparation of cost estimates to Request for Proposal (RFP). Cost/time/impact estimates and recommendations relevant to change orders. Twenty-four (24) site inspection/observation visits as requested by the VA Project Engineer for inspection of ongoing construction including final tests and inspections; disciplines as required and/or requested by the VA Project Engineer. Each site visit shall be defined as one team member for a total of 4 hours including travel. A site inspection report shall be furnished by the A/E to the Contracting Officer and Project Engineer within three (3) workdays following all site visits during the construction period. The A/E shall meet with the site superintendent and Project Engineer when entering the site and before leaving to review progress of the work, issues on site affecting the design intent or technical aspects of the work and exceptions that may be noted. Report shall indicate these items discussed. Verification of as-built conditions: A/E shall utilize as-record drawings (field mark-up set from Contractor) and review documents against finished conditions to verify the work. The A/E shall be responsible for assuring that as-built documents are accurate at the end of the construction of the project. Preparation of as-built documents in AutoCad and pdf format (each file shall be identified with the drawing number and drawing title) which the VA will retain permanently; 2 sets of AutoCAD & PDF As-Built drawings in electronic format; 1 set of approved full size (24 inches by 36 inches) As-Built Mylar drawings. The VA may issue a change order for the A/E to provide additional services to such as review of value engineering change proposals, preparation of design modifications, or other similar services during construction. The A/E shall have the capability to electronically review and process construction submittals including digitally signing the Material Approval Submittal. It is recommended that the A/E enlist the services of Watson Engineering (Professional Engineer of Record) which was the Mechanical/Electrical/Plumbing consultant engineering firm (MEP) employed by Tompkins Architects (A/E Designer of Record) for this project. VETBIZ will be used to determine SDVOSB/VOSB status therefore firms need to be registered with the applicable NAICS Code 541330 at the time SF330 s are submitted. The estimated magnitude of construction costs for this project: Between $100,000 and $250,000 Prospective firms are reminded to comply with Limitations on Subcontracting, in accordance with FAR 52.219-14 and VAAR 852.219-10. SF330 packages shall address how each firm anticipates meeting these criteria. This request is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated by the A/E Source Boards within NCO1. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firm(s) selected by the Selection Authority will be requested to submit Firm-Fixed-Price Proposals to include labor, overhead, profit, and other costs for the project for negotiation by the Contracting Officer prior to contract award. Such proposals shall be submitted using VA-standard A-E proposal cost breakdown templates. THIS IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued. EVALUATION SELECTION CRITERIA: The selection criteria, in descending order of importance will be as follows: Professional Qualifications Reputation & Standing of Firm Specialized Experience/Technical Competence Teamwork Capacity Past Performance Capability and commitment Location SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 8) are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. In addition, provide resumes of other relevant team members or frequent subcontractor(s) who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. All proposed team members and supervisors shall have the minimum education, training, and experience as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center Hospital. Additionally, the firm shall address the criteria for meeting the Limitations on Subcontracting. REPUTATION AND STANDING OF THE FIRM AND ITS PRINCIPAL OFFICIALS Documentation supplied should allow the evaluation team to assess this factor with respect to professional performance, general management, and cooperativeness. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. This factor evaluates the amount of experience the A/E firm has in designing similar types of work/facilities and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this scope. List projects that demonstrate the teams experience with projects involving: a. Healthcare/Hospital Design b. Long Term Care Design c. Clinical Design d. LEED Building Certification TEAMWORK Documentation supplied should include specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team. CAPACITY This factor evaluates ability of the A/E firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. The general workload and staffing capacity of the design office will be evaluated. a. List current projects with a design fee of greater than $25,000 being designed in the firms office; b. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; and c. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. . PAST PERFORMANCE NCO 1 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within 5 years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. Past Performance Questionnaires (Attachment 1 to this Notice): Respondents shall complete Section A (General Information) of the Past Performance Questionnaire and provide it to NCO 1 representative as part of the SF 330 submittal package. Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer. The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 1 by the SF 330 submittal package due date identified in the Notice. Past Performance Questionnaire Sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 1 at the address listed in this Notice, no later than the SF 330 submittal package due date designated in this Notice. E-mailed Past Performance Questionnaire Sections B through D is preferred from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail. Respondents are notified that NCO 1 may use any additional sources of information (such as, but not limited to the Contractor Performance Assessment Reporting System (CPARS)) available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation. CAPABILITY AND COMMITMENT The capability and commitment to provision accurate professional services during the construction period. This factor includes determining customer satisfaction, project cost, and meeting project schedule by: Reviewing the firms record on timeliness in replies to RFIs, review of submittals & shop drawings, periodic construction inspections, and timely completion of as built drawings. Determining the accuracy of professional services through a review of the history of services support, value engineering and any deficiencies which may have resulted in additional costs to NCO 1. LOCATION The A/E Firm must be generally located or maintain a branch office in the geographic area of the VISN 1 VA Medical Centers. Please provide the address of your closest office. The A/E Firm must have general knowledge of the locality of the project. QUESTIONS AND COMMENTS: Questions and comments regarding this notice must be submitted by email only to the Contracting Specialist, Philip Silva at Philip.Silva1@va.gov SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: SF 330 submittal packages shall be submitted no later than 4:00pm ET on April 6th, 2022. Please note the VA is seeking a Proposal that can be submitted in a short time frame of 2 weeks. An RFP will be requested once the evaluation is complete. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Philip.Silva1@va.gov. Email attachment file size limit is 7MB. Firms are required to create separate emails if total file size exceeds 7MB. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. Submissions are limited to 85 pages. Absolutely no photographs shall be submitted. Title pages and tables of contents, if applicable, are excluded from the page count limitation. Pages submitted in excess of the limitations specified in this Notice will not be evaluated. A page is defined as one side of a sheet, 8-1/2"" x 11"", with at least one inch margins on all sides, using not smaller than 12 point type. Foldout sizes count as an equivalent number of 8-1/2"" x 11"" pages. The metric standard format most closely approximating the described standard 8-1/2"" x 11"" size may also be used. This does not apply to the SF330 form. Telephone or Fax inquiries will not be accepted. SF 330 PACKAGE CONTENTS: The SF 330 submittal packages shall consist of a completed SF 330 parts I and II, specific information addressing each of the EIGHT selection criteria described in this Notice; the additional information required by this Notice and past performance questionnaire section A. Respondents are required to meet all requirements in addition to those identified as selection criteria SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. SF 330 PACKAGE PREPARATION: Email attachment file size limit is 7MB. Firms are required to create separate emails if total file size exceeds 7MB. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaire Section A and additional information requested by this Notice. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, DUNs number, date of response, title and Notice identification. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. A table of contents shall be provided for ready reference to sections and figures. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS Sections A through D Section E Section F Section G Section H Section I Questionnaire section A only Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). Contracting Officer Contact Information: Philip Silva, Contract Specialist VISN 1 Network Contracting Office (NCO1) VA Medical Center 200 Springs Rd, Building 80 Bedford, MA 01730 E-mail: Philip.Silva1@va.go FAR and VAAR: The FAR and VAAR citations referenced in this Notice can be accessed via the following internet links: FAR: https://www.acquisition.gov/far/ VAAR: https://www.acquisition.gov/vaar ATTACHMENTS TO THE NOTICE: Attachment 1 Past Performance Questionnaire
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3fc5d88e2df84396b33d01ea42f3a03c/view)
 
Place of Performance
Address: Bedford VAMC 200 Springs Road, Bedford 01730
Zip Code: 01730
 
Record
SN06278813-F 20220326/220324230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.